North Penn School District General Conditions for Bid

advertisement

North Penn School District

Lansdale, Pennsylvania 19446

General Conditions for Bid

1.

The North Penn School District Board of School Directors invites bidders to submit sealed bids for the furnishing and delivery of Fire

Extinguisher Maintenance Services for the three year term (2015 – 2018).

2. Bids will be accepted until 2:00 pm on Fri day, May 8, 2015, at which time they will be opened at a public meeting at the Support Services

Center, 630 W. 8 th

St., Lansdale, PA.

3. The bid should be submitted in a sealed envelope and clearly marked on the outside, “FIRE EXTINGUISHER MAINTENANCE 2015-2018 ”.

4. Bids shall be submitted on the enclosed Bid Proposal Form. Bids must be typewritten or written with ink and signed by the individual, partners, or corporate officer.

5. The successful bidder shall bid in strict accordance with the specifications as set forth. Exceptions to the specifications must be clearly stated in the bid submission.

6. A BID BOND OR CERTIFIED CHECK IN FAVOR OF THE NORTH PENN SCHOOL DISTRICT IN THE AMOUNT OF 5% OF THE

TOTAL BID IS REQUIRED FROM EACH BIDDER AND MUST BE ENCLOSED WITH THE BID. THE BOND MUST BE ISSUED BY

AN INSURANCE COMPANY.

Only the bid bonds or certified checks of the successful bidders will be held until all terms of the contract are completed. The bid bonds or certified checks of the unsuccessful bidders will be returned at the time of the awarding of the contract.

7. Delivery must be fully completed by as needed.

8. The North Penn School District reserves the right to reject or accept any or all bids or any portion thereof and to waive any informalities permitted by law. Bids must remain firm for a period of sixty (60) days from the date of bid opening. The School District reserves the right to select the next lowest responsible bidder if a vendor’s award totals is less than $300.00.

9. When a catalog reference follows the description of an item, such catalog reference is intended as a means of more fully describing the item in the shortest possible space and is to be regarded only as a part of the description of the item, and is not intended to limit competition.

10. Bid items must be equal in all respects to those described in the specifications or referred to by catalog number. Should the bidder quote an alternate; complete specifications of the alternate must be provided, including a picture. It is the responsibility of the bidder to establish the equality of the material offered. Failure to supply these specifications may result in the rejection of your bid.

11. Bidder shall insert the price per stated unit and the total cost extension against each item in the schedule hereto annexed, which the bidder has proposed to furnish and deliver. The unit price inserted must be net and must include all delivery charges – No Exceptions. In the event of a discrepancy between the unit prices and the total cost extension, the unit price will govern. The total bid is to be the sum of the quantity times the unit price for each item.

12. Bids may be awarded on an item-by-item basis. Quantities included in this bid are subject to change prior to order placement.

No additional charge will be allowed for cases, boxes, carboys, bottles, etc., nor for freight expenses, expressage, or cartage. No empty packages, cases, boxes, carboys, bottles, etc., will be returned to the bidder or contractor and none will be paid for the School District. Such empty cases, boxes, etc., may be removed by the bidder or contractor at his own expense.

13. A purchase order issued by the School District covering any or all items included in this bid shall constitute a contract binding upon the bidder and the School District.

14. No charge will be allowed for federal, state, or municipal sales or excise taxes, for which the school district is exempt by law. The bid price shall be net and shall not include the amount of any such tax. Exemption certificates, if required, will be furnished on forms provided by the bidder.

15. The bidder agrees, if awarded an order, to furnish and deliver the said articles at such time, to such place, and in such quantities as specified, and that all of the articles shall be subject to the inspection and approval of the School District. Acceptance of delivery of materials or equipment to the site shall not constitute final acceptance by the School District. In the event that any articles are rejected as damaged, or not in conformance with these specifications, such articles shall be removed immediately and other articles of proper quality as set forth in these specifications shall be furnished in place thereof, all at the expense of the successful bidder.

16. In the event that the successful bidder should neglect or refuse to furnish or deliver any articles or any part thereof, or to replace any articles which are rejected as stated in the preceding paragraph, then the School District is authorized and empowered to purchase articles in conformity with this order from such party or parties, and in such manner as it shall select, at the expense of the successful bidder, or to cancel the contract reserving to itself, nevertheless, all rights for damages which may be incurred by the School District.

General Conditions for Bid

Bid Title: Fire Extinguisher Maintenance 2015-2018 Due Date: Fri day, May 8, 2015

17. The bidder, upon request, shall submit samples for any or all items on which a price is quoted, within three (3) days after such request is made. These samples shall be plainly marked with the name of the product, the name of the bidder, and the item number as shown on the proposal form. Samples may be returned at the expense of the bidder. Also upon request, the bidder must supply, within three (3) days, a list of schools and/or businesses using the item indicated in their bid.

18. On bids for Services involving the furnishing of labor and/or materials, the successful bidder shall be required to furnish performance and payment bonds in the amount of 100% of the bid.

19. On bids for Services involving the furnishing of labor, materials, and/or equipment, while said Services are being performed the successful bidder must maintain in full effect the following minimum insurance coverage:

19.1 Workers' Compensation.

19.2 Comprehensive public liability in the sum of $100,000 for each person and $300,000 for each accident, including contract liability.

Such shall be endorsed with a save harmless clause in favor of the North Penn School District, its officers, members, and employees.

19.3

19.4

Property damage in the amount of $50,000.

Automobile and truck insurance in an amount not less than $300,000 on account of any one accident, and property damage in amount not less than $50,000.

19.5 If special hazards, such as might result from blasting, represent a possibility, these shall be covered by a rider to the policy or policies in an amount of not less than $50,000.

Prior to the beginning of the Service, etc., to be performed, a certificate of insurance shall be furnished to the School District showing the insurance coverages required above. The Contractor shall assume full responsibility for loss of life and property, injuries to persons, including all employees of the Contractor or Subcontractors.

20. Items shipped DIRECT FROM THE FACTORY must show North Penn School District purchase order numbers on the cartons.

21. Invoicing: Invoices must be submitted for each individual school, completely itemized, and covering each shipment. They should show North

Penn School District item numbers, the same as packing slips. No photocopy of a Bid or Purchase Order will be accepted in lieu of an itemized invoice.

22. ASBESTOS: In the event a contractor by virtue of his work for the District discovers asbestos, the contractor must immediately notify the

District and perform no further work in connection with the asbestos. If directed by the District to remove the asbestos, the contractor must take all steps required by all federal, state, and local agencies regarding asbestos removal. The asbestos removal operations may be the subject of a change order or a supplemental contract to this contract, or a separate contract to another contractor as the District may determine.

If a contractor fails to meet the requirements of the federal, state, and local regulations and these specifications related to the discovery, removal, and clean-up, the contractor shall be subject to immediate termination and the contractor shall be responsible for all costs and expenses related to the removal and cleanup of the asbestos including architect and engineering fees.

23. DISCRIMINATION PROHIBITED: According to Section 755, Public School Code of Pennsylvania, 1949 as amended, the contractor agrees:

23.1 That in the hiring of employees for the performance of work under this contract, or any sub-contract hereunder, no contractor, subcontractor, nor any person acting on behalf of such contractor or sub-contractor, shall, by reason of race, creed or color, discriminate against any citizen who is qualified and available to perform the work to which the employment relates;

23.2 That no contractor, sub-contractor, nor any person on his behalf, shall in any manner discriminate against or intimidate any employee hired for the performance of work under this contract on the account of race, creed or color;

23.3 That there may be deducted from the amount payable to the contractor under this contract, a penalty of five dollars ($5) for each person for each calendar day during which such person was discriminated against or intimidated, in violation of the provisions of this contract; and,

23.4 That this contract may be canceled or terminated by the School District, and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms and conditions of the contract.

General Conditions for Bid

Bid Title: Fire Extinguisher Maintenance 2015-2018 Due Date: Fri day, May 8, 2015

24. HUMAN RELATIONS ACT: The provisions of the Pennsylvania Human Relations Act, Act 222 of October 27, 1955 (P.L. 744) (43 P.S.

Section 951 et. seq.) of the Commonwealth of Pennsylvania prohibit discrimination because of race, color, religious creed, ancestry, age, sex, national origin, handicap or disability, by employers, employment agencies, labor organizations, contractors and others. The contractor shall agree to comply with the provisions of this Act as amended that are made part of this specification. Your attention is directed to the language of the Commonwealth's non-discrimination clause in 16 PA Code 349.101.

25. COMPETENT WORKERS: According to Section 752 of the Public School Code of 1949, no person shall be employed to do work under such contract except competent and first class workmen and mechanics. No workmen shall be regarded as competent and first class, within the meaning of this Act, except those who are duly skilled in their respective branches of labor, and who shall be paid not less than such hours by employers of organized labor in doing of similar work in the district where the work is being done.

26. STANDARD OF QUALITY: The various materials and products specified in the specifications by name or description are given to establish a standard of quality and of cost for bid purposes. It is not the intent to limit the acceptance to any one material or product of lesser quality would not be acceptable. Where proprietary names are used, whether or not followed by the words "or as approved equal," they shall be subject to equals only as approved by the architect, engineer and/or School District.

27. PREVAILING WAGE: It is the responsibility of the bidder to determine compliance with the Pennsylvania Prevailing Wage Act and to adhere to all regulations governing this Act.

28. CLEARANCES: The successful Bidder must supply to North Penn School District documentation required by Act 34, Section III of the

Public School Code (Criminal Record Check) and Act 151, Chapter 63 of 23 PA Consolidated Statues (Pennsylvania Child Abuse History

Clearance) and Act 114 (FBI Fingerprinting Clearances) before work on a project shall begin. These forms must be current for every worker on site at all times.

Signature

Printed Name

Company Name

Phone Number

Address

Title

Fax Number

Date

Email Address

North Penn School District

Lansdale, Pennsylvania 19446-3807

Instructions:

1. This Non-Collusion Affidavit is material to any contract awarded pursuant to this bid. According to the Pennsylvania

Antibid-Rigging Act, 73 P.S. 1611 et sec., governmental agencies may require Non-Collusion Affidavits to be submitted together with bids.

2. This Non-Collusion Affidavit must be executed by the member, officer or employee of the bidder who makes the final decision on prices and the amount quoted in the bid.

3.

Non-Collusion Affidavit

Bid rigging and other efforts to restrain competition, and the making of false SWORN statement in connection with the submission of bids are unlawful and may be subject to criminal prosecution. The person who signs the Affidavit should examine it carefully before signing and assure himself or herself that each statement is true and accurate, making diligent inquiry, as necessary, of all other persons employed by or associated with the bidder with responsibilities for the associated approval or submission of the bid.

4. In the case of a bid submitted by a joint venture, each party to the venture must be identified in the bid documents, and an

Affidavit must be submitted separately on behalf of each party.

5. The term “Complementary Bid” as used in the Affidavit has the meaning commonly associated with that term in the bidding process, and includes the knowing submission of bids higher than the bid of another firm, any intentionally high or non-competitive bid, and any other form of bid submitted for the purpose of giving a false appearance of competition.

6. Failure to file an Affidavit in compliance with these instructions may result in disqualification of the bid.

I state that I am ____________________of _______________________

(Title) (Name of my Firm) and that I am authorized to make this affidavit on behalf of my firm, and its Owners, Directors, and Officers. I am the person responsible in my firm for price(s) and the amount of this bid.

I state that:

1. The price(s) and amount of this bid have been arrived at independently and without consultation, communication or agreement with any other contractor, bidder or potential bidder.

2. Neither the price(s) nor the amount of this bid, and neither the approximate price(s) nor approximate amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder, and they will not be disclosed before bid opening.

3.

Non-Collusion Affidavit

For Bid for Fire Extinguisher Maintenance 2015 – 2018

State of ________________________County of ________________________

No attempt has been made or will be made to induce any firm or person to refrain from bidding on this contract , or to submit a bid higher than this bid, or to submit any intentionally high or non-competitive bid or other form of competitive bid.

4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other non-competitive bid.

Non-Collusion Affidavit (con’t.)

5. _______________________________, its affiliates, subsidiaries, officers, directors, and employees are not currently under

(name of my firm) investigation by any governmental agency and have not in the last four years been convicted or found liable for any act prohibited by State or Federal Law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract, except as follows:

I state that ____________________________understands and acknowledges that the above representations are material and

(name of my firm) important, and will be relied on by North Penn School District in awarding the contract for which this bid is submitted. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as fraudulent concealment from the North Penn School District of the true facts relating to the submission of bids for this contract.

SWORN TO AND SUBSCRIBED

BEFORE ME THIS _________DAY and

_______________________________

(Name)

_______________________________

(Company Position)

OF _________________, 20____.

____________________________ ________________________________________

Notary Public My Commission Expires

6.

5.

4.

North Penn School District

Lansdale, PA 19446

Vendor’s/Contractor’s Qualification Statement

The Undersigned certified under oath the truth and correctness of all statements and of all answers to questions made hereinafter.

Submitted by:

Name:

Address:

Corporation _________

Partnership _________

Individual ___________

2.

3.

Principal Office:

Phone:

1.

Joint Venture ________

Other ______________

How many years has your organization been in business as a vendor/contractor?

How many years has your organization been in business under its present business name?

If a corporation, answer the following: a.

b.

c.

d.

e.

f.

g.

Date of Incorporation:

State of Incorporation:

President’s name:

Vice President’s name(s):

Treasurer’s name:

Secretary’s or Clerk’s name:

List names and address of all parties holding greater than 10% interest in the corporation.

Trade References:

Bank References:

Name of bonding company and name and address of agent:

7.

8.

Dated at this day of , 20 .

Name of Organization:

By:

Title:

being duly sworn deposes and says that he/she is the

of Vendor/Contractor and that answers to the foregoing questions and all statements therein contained are true and correct.

Subscribed and sworn before me this day of , 20 .

Notary Public:

My commission Expires:

Vendor’s Contractor’s Qualification State Abbrev.

North Penn School District

401 E. Hancock Street

Lansdale, PA 19446

FIRE EXTINGUISHER MAINTENANCE 2015-2018

SCOPE OF WORK

1.0 Purpose

The purpose of this project is to provide building and school vehicle hand portable fire extinguisher, kitchen hood fire suppression system and clean agent fire suppression system inspection and maintenance at the following schools:

North Penn High School

1340 Valley Forge Road

Lansdale, PA 19446

Pennbrook Middle School

1201 East Walnut Street

North Wales, PA 19454

Bridle Path Elementary

200 Bridle Path Road

Lansdale, PA 19446

Hatfield Elementary

1701 Fairgrounds Road

Hatfield, PA 19440

A. M. Kulp Elementary

801 Cowpath Road

Hatfield, PA 19440

North Wales Elementary

201 Summit Street

North Wales, PA 19454

York Avenue Elementary

700 York Avenue

Lansdale, PA 19446

Bus Garage

(including extinguishers for all buses)

1350 Valley Forge Road

Lansdale, PA 19446

Penndale Middle School

400 Penn Street

Lansdale, PA 19446

Gwyn-Nor Elementary

139 East Hancock Road

North Wales, PA 19454

Inglewood Elementary

1313 Allentown Road

Lansdale, PA 19446

Montgomery Elementary

1221 Stump Road

North Wales, PA 19454

Oak Park Elementary

500 Squirrel Lane

Lansdale, PA 19446

Educational Service Center

401 East Hancock Street

Lansdale, PA 19446

Northbridge School

2374 North Penn Road

Hatfield, PA 19440

Pennfield Middle School

726 Forty Foot Road

Hatfield, PA 19440

Gwynedd Square Elem

1641 Supplee Road

Lansdale, PA 19446

Knapp Elementary

698 Knapp Road

Lansdale, PA 19446

General Nash Elementary

1560 Liberty Bell Drive

Harleysville, PA 19438

Walton Farm Elementary

1610 Allentown Road

Lansdale, PA 19446

Support Services Center

630 West 8th Street

Lansdale, PA 19446

FIRE EXTINGUISHER MAINTENANCE 2015-2018

2.0 Contract

A contract will be issued to the most qualified low bidder. The terms of the contract are identical to the Terms and Conditions of the contract indicated in the beginning of this bid.

2.1 Contract Period

The contract period for this work is Firm and Fixed. Starting date for this contract is July 1,

2015 and all work must be completed on or before June 30, 2018. NOTE: This bid is for a three (3) year contract. The North Penn School District reserves the right not to renew the contract, without cause, for any subsequent year.

2.2 Contract Pricing

This contract is a combination of Firm Fixed Pricing and Unit Pricing.

3.0 Contract Staffing

The contractor shall provide sufficient staffing adequately trained to accomplish this work.

North Penn School District reserves the right to request that a technician or technicians be replaced if it is determined that the technicians do not have sufficient technical skills, training, or experience to perform the required service.

4.0 Work and/or Equipment Provided by North Penn School District

North Penn School District will not provide any labor, materials or equipment to the contractor for any work under this contract.

5.0 Disposal of Waste Material

All waste materials generated by the contractor performing work under this contract will be disposed of offsite by the contractor at the contractor’s expense.

6.0 Quality Assurance

The contractor shall: Engage only certified, trained, skilled, and experienced mechanical staff properly trained to insure that all services provided under this contract are expeditiously and safely completed. All work under this contract must maintain the UL listing of District equipment. No subcontracting is permitted.

7.0 Field Measurements

It is the contractor’s responsibility to verify all measurements, equipment and quantities for this contract. An inventory of equipment in included in section 9.1

8.0 Safety

Safety of students, staff and visitors is paramount in executing this contract. This contractor should never compete with school activities to continue/complete his work. If necessary, this contractor will return to occupied areas after normal working hours.

All work under this contract must follow ALL State and federal environmental rules and regulations. Special precautions must be taken around asbestos containing materials

(AHERA Regulations).

2

FIRE EXTINGUISHER MAINTENANCE 2015-2018

9.0 Details of Work

Whether stated or not the essence of this contract is to provide and maintain a complete and safely operating portable fire extinguisher systems in all facilities and vehicles, kitchen hood fire suppression systems and clean agent at the above listed District buildings. This project consists of the following items of work:

9.1 Annual Inspections

Annual on-site inspection and preventive maintenance service for ALL District portable fire extinguishers. For all district facilities, this service to be accomplished during July or

August of each year. In all school buses and vans, this service must be completed by July

of each year.

10 th

Inspection services must be in compliance and maintain compliance with all Local, State, and Federal requirements, regulations, laws, codes, ordinances, and requirements of the local Fire Marshal.

Provide a temporary replacement of any extinguisher being removed from a building for service. The temporary extinguisher must be the same size and type as the one taken for service.

Provide semi-annual on-site inspection and preventive maintenance service for ALL District kitchen hood and clean agent (FM-200) fire suppression systems. One inspection will be accomplished during July or August of each year. The second inspection must be scheduled closely with Coordinator of Facilities. Provide a minimum of two (2) hours response time to emergency calls.

9.2 Equipment Replacement

The Range Guard cylinders at Bridle Path and Walton Farm Elementary Schools require replacement. One new 4 gallon system cylinders and XV control heads per building are required to replace equipment no longer supported by the manufacturer.

9.3 Communication

Immediately inform the Facilities Office of ALL fire extinguisher and kitchen hood and clean agent fire suppression system safety related issues.

Report to the facility supervisor or head custodian before any work is started. Contact the

Facilities Office at 215.853.1104 if a facilities representative is unavailable.

Prepare a service report that MUST be reviewed with and signed by the facility supervisor or head custodian. This report will show the results of any on site testing, interpretations of testing results and any corrective action taken by the service technician. A separate report must be submitted for each building system. A copy of these reports must be kept in a

3

FIRE EXTINGUISHER MAINTENANCE 2015-2018 contractor supplied file at each District site and another copy shall be supplied to the

Facilities Office.

9.4 Fire Extinguisher Inventory

Listed below is an estimate of equipment quantities and their locations. Bidders are reminded to review sections 1.0 for building addresses and section 7.0 for bidder's responsibility to determine quantities.

Bridle Path ES

Building Service

Kitchen System

Hand Portables

Quantity

1 - 3 links

16

Bridle Path ES New Range Guard Cylinder and Control 1 – 4 gallon cylinder

Gwyn Nor ES

Kitchen System

Hand Portables

30

Gwynedd Square ES

Kitchen System

Hand Portables

1 - 3 links

14

Hatfield ES Hand Portables

21

Inglewood ES Hand Portables

25

Knapp ES Hand Portables 23

Kulp ES

Kitchen System

Hand Portables

1 - 3 links

23

Montgomery ES

Nash ES

Kitchen System

Hand Portables

Hand Portables

1 - 3 links

28

21

North Wales ES

Oak Park ES

Kitchen System

Hand Portables

Hand Portables

1 - 3 links

20

26

Walton Farm ES

Kitchen System

Hand Portables

1 - 3 links

15

Walton Farm

York Avenue ES

Pennbrook MS

Penndale MS

Pennfield MS

Northbridge School

New Range Guard Cylinder and Control 1 – 4 gallon cylinder

Kitchen System

Hand Portables

1 - 3 links

20

Kitchen System

Hand Portables

1 - 6 links

87

Hand Portables 88

Kitchen System

Hand Portables

Hand Portables

1 - 3 links

85

6

North Penn HS

Bus Garage

Clean Agent System

Hand Portables

Hand Portables

1 – 4 pulls, 6 A/V, 12 smokes, 2 aborts

226

200

Educational Services Center

Support Services Center

Hand Portables

Hand Portables

20

9 in use & 20 spares – Total 29

4

FIRE EXTINGUISHER MAINTENANCE 2015-2018

North Penn School District

401 E. Hancock Street

Lansdale, PA 19446

Fire Extinguisher Maintenance 2015-2018

BID PROPOSAL

Firm Fixed Price for providing fire extinguisher, kitchen exhaust hood and clean agent suppression system inspection and maintenance at all school buildings and in all vehicles as per these specifications. (Not including replacement equipment.)

Building

2015-16

Cost

2016-17 2017-18

North Penn High School

North Penn HS (Clean agent only)

Bus Garage

Northbridge School

Pennbrook Middle School

Penndale Middle School

Pennfield Middle School

Bridle Path Elementary School

Gwyn Nor Elementary School

Gwynedd Sq. Elementary School

Hatfield Elementary School

Inglewood Elementary School

Knapp Elementary School

Kulp Elementary School

Montgomery Elementary School

Nash Elementary School

North Wales Elementary School

Oak Park Elementary School

Walton Farm Elementary School

York Avenue Elementary School

Educational Services Center

Support Services Center

Total

5

Service Unit Prices

FIRE EXTINGUISHER MAINTENANCE 2015-2018

2015-16

Year

2016-17 2017-18

2 1/2, gallon pressurized water fire extinguisher hydrostatic test

2 1/2 , gallon pressurized water fire extinguisher recharge

Water mist fire extinguisher hydrostatic test

Water mist fire extinguisher recharge per lb.

Wet chemical fire extinguisher hydrostatic test

Wet chemical fire extinguisher recharge per lb.

C02 fire extinguisher hydrostatic test

C02 fire extinguisher recharge per lb.

ABC and BC dry chemical fire ext. hydrostatic test

ABC and BC dry chemical fire ext. 6 year maint per lb.

ABC recharge per lb.

BC recharge per lb.

Halon 1211/Halotron fire ext. hydrostatic test

Halon 1211/Halotron fire ext. 6 year maintenance per lb.

Halon 1211 recharge per lb.

Halotron 1211 recharge per lb.

Type "K" fire extinguisher hydrostatic test

Type "K" recharge per lb.

AFS Kitchen hood system fusible link replacement

AFS Kitchen hood system nozzle cover seal/blow off cal replacement

Replacement 5# ABC Extinguisher

Replacement 10# ABC Extinguisher

Bridle Path ES

Building

Walton Farm ES

Replacement Equipment

New Range Guard Cylinder and Control

New Range Guard Cylinder and Control

One Time Cost

By: _______________________________________ Address:________________________________

Signature: _________________________________ _______________________________________

FIRM: _____________________________________ _______________________________________

City State Zip Code

__________________________________________ _______________________________________

Phone Fax Email

6

Download